TRIUMPH SLIDELOCK
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Maritime Puget Sound is soliciting proposals for the procurement of TRIUMPH SLIDELOCK rubber flooring tiles. This is a 100% Total Small Business Set-Aside utilizing commercial and simplified acquisition procedures. The resultant award will be a firm fixed-price supply contract for delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Offers are due March 4, 2026, at 1:00 PM.
Scope of Work
This opportunity requires the supply of 20,000 square feet of TRIUMPH SLIDE LOCK RUBBER TILE, 3/8 inch, in Color LB9 Rainstorm with a Hammered Texture. The product must meet specific salient characteristics, including:
- Connection Type: SlideLock™ Tile connection.
- Physical Attributes: Color LB9 Rainstorm, Hammered Surface, 24" x 24" net size, 0.375" (9.5 mm) thickness, 0.090" (2.3 mm) wear layer thickness, dual durometer layers of 100% synthetic and natural rubber.
- Performance Standards: Must comply with ASTM F1344, Type II, A – Solid, B – Mottled, Grade 2, and specific ASTM standards for Abrasion Resistance, Acoustical properties (59 IIC), Hardness (Shore A 76 top, 72 bottom), Tensile Strength (667 psi), Elongation (≥ 259%), Slip Resistance (≥ 0.8 SCOF), Static Load Limit (passes at 250 PSI), and Chemical Resistance to various substances.
- Fire Resistance: ASTM E 648/NFPA 253 Class 1 and ASTM E 662/NFPA 258 (< 450). While the description notes "SOLE SOURCE TO: TARKETT COMMERCIAL" for the product, vendors quoting "equals" must submit manufacturer specifications for evaluation.
Contract & Timeline
- Contract Type: Firm Fixed-Price Supply Contract.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 314110 (Size Standard: 1500 employees).
- Published Date: March 3, 2026.
- Offer Due Date: March 4, 2026, at 1:00 PM.
- Delivery Required By: March 30, 2026.
- Place of Performance/Delivery: Puget Sound Naval Shipyard, Bremerton, WA.
Submission Requirements
To be deemed responsive, offers must:
- Complete the solicitation in its entirety, including signing boxes 30 a, b, and c on page 1.
- Provide CAGE Code, Facility CAGE Code, and company size (Small or Large Business).
- Indicate if the material is a Commercial Item and Commercial-of-the-Shelf.
- Annotate lead time and complete pricing for each CLIN (FOB Destination Bremerton, WA).
- Provide manufacturer's name, country of manufacturing, part number (P/N), and specification sheets for the quoted item.
- Include a redacted quote and email from the manufacturer/distributor.
- Complete all representations and certifications.
- Return all pages of the completed original solicitation package.
- Ensure current registration in SAM.gov.
- Offers must be submitted electronically via Wide Area Work Flow (WAWF).
Contact Information
All questions and submissions must be directed via email to Vera Anderson at vera.anderson@dla.mil.